BE23183 - Heat Network Zoning Programme – Framework Agreement

Award

Description

The final date and time for the submission of bids is Friday 12th January 2024 at 11:00hrs GMT.
DO NOT apply directly to the buyer.
All tender information MUST be submitted through the Jaggaer eSourcing Portal.
UK Shared Business Services Limited (UK SBS) on behalf of the Department for Energy Security and Net Zero (DESNZ) invite you to this Request for Proposal in supporting the Heat Network. 
UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”).
This is a Services Framework Agreement being procured under the Open Procedure. 
Background 
The Energy White Paper, Heat & Buildings Strategy, and Net Zero Strategy have committed to introducing heat network zoning in England by 2025. Heat network zoning will revolutionise the development of heat networks in towns and cities across England.
By designating zones where heat networks offer the most cost-effective solution for decarbonising heat, local authorities and heat network developers can swiftly identify where new large-scale strategic heat networks should be constructed. This strategic approach aims to enhance the efficiency of the heat network development process, helping to streamline and target the multi-billion-pound investment needed to deliver heat networks on the scale required to meet the UK’s net-zero goals.
The development of the heat network zoning process will be supported by the Energy Bill, providing the government with the authority to implement zoning in England. This will involve creating a nationwide methodology for identifying and designating heat network zones, establishing a Zoning Coordinator role, and possibly a Central Authority to oversee zoning at a national level. 
Access to skilled consultants is vital for the zoning process's success, and this procurement aims to establish a consultant framework as we move from the pilot phase towards a business-as-usual process in line with the national heat network zoning policy coming into force in 2025.
This Framework Agreement is split into the following Lots:
Lot 1 – National Zoning Methodology 
Lot 2 – Advanced Zoning Delivery which is sub lotted as follows:
- Sub-Lot 2.1 – Project Management Support  
- Sub-Lot 2.2 – Technical Support 
- Sub-Lot 2.3 – Commercial Support 
- Sub-Lot 2.4 – Financial Support 
- Sub-Lot 2.5 – Legal Support
Lot 3 - National Zoning Model which is sub lotted as follows:
- Sub-Lot 3.1Model Development Support
- Sub-Lot 3.2 Model Maintenance and Data Support
You may bid for one or more lots however the bids for each lot will be evaluated separately. If you intend to bid for more than one lot, you must submit a separate bid for each lot you are bidding for.
An overview of the requirements has been provided above, please ensure you review the full specification and additional appendices for full details of this requirement. 
This is a Services Contract being procured under Open Procedure Regulations.
How to Apply
UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.
To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.
If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.
Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number BE23183 / itt_1266.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

28-32 Flexible Procurement and Supply of Gas and/or Electricity

The Contracting Authority will establish a single, closed Framework Agreement for the flexible procurement and supply of Gas and/or Electricity, as well as Net Zero Energy related Innovation Solutions, to public sector organisations across the United Kingdom. Following comprehensive market engagement, the framework structure has been confirmed and will comprise three distinct lots: Lot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering HH, NHH, Metered and Unmetered Electricity) Lot 2: Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional Services Lot 3: Supply of Innovation Solutions relating to renewable energy and flexibility services The framework will support flexible procurement strategies, and offer two service levels to Participating Authorities. A Procurement Only Service Offering (POSO) and a Fully Managed (FM) Service. Additional services within scope include: Metering and data services (Meter Operations, Data Collection & Aggregation, AMR provision) Net zero and renewable energy solutions (including PPAs, REGO-backed supply, demand-side response) Virtual PPA facilitation and access to intraday electricity markets Small generation opportunities (Smart Export Guarantee, Feed-in Tariff) Innovation solutions for renewable energy and flexibility services The framework will provide Participating Authorities with access to competitive, flexible energy procurement that supports their net zero commitments and delivers best value. Framework Operation: Suppliers will be evaluated and ranked independently for each lot based on their tender responses. Awards will be made to a maximum of three suppliers on Lot 1 and Lot 2 respectively, and all suppliers on Lot 3 who meeti the minimum requirements of the tender.Suppliers will be ranked as either Primary or Secondary suppliers based on their evaluation scores, with Primary Suppliers being offered first opportunity for any Awards Without Competition via the framework. Call-off procedures: Participating Authorities may award call-off contracts through either: Award Without Competition to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or Award Without Competition to a Secondary Supplier where the Participating Authority has specific requirements that cannot be met by the Primary Supplier, or where other valid reasons apply; or Further-competition among all framework suppliers capable of meeting the specific requirements. Pricing determination: Prices for call-off contracts will be determined through the suppliers' framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. Supplier performance and transfer mechanisms: The Contracting Authority reserves the right to facilitate the transfer of Participating Authorities to alternative framework suppliers in circumstances including but not limited to: material supplier underperformance, supplier failure, force majeure, or where a Participating Authority's needs can only be served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term. The Contracting Authority reserves the right to remove or suspend suppliers from the framework where performance issues are not addressed satisfactorily in accordance with the dispute resolution procedures. There is no restriction on the number of lots a single supplier may be awarded, enabling the appointment of a single primary supplier across multiple lots where this represents best value and meets strategic requirements. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=989269017

Katy Reed

Published 5 hours ago
Open

Construction Works and Services Framework

Regenda Limited is establishing construction works and services framework in partnership with Rise Construction Framework Ltd. The framework is being established as a closed framework. The framework will operate across the following geographical areas: Northwest of England (Merseyside, Cheshire, Lancashire, Cumbria, Greater Manchester). North Wales (Isle of Anglesey, Conway, Denbighshire, Flintshire, Gwynedd, Wrexham). Yorkshire and the Humber (East Riding of Yorkshire, North Yorkshire, South Yorkshire, West Yorkshire, North Lincolnshire, Northeast Lincolnshire). Public sector organisations who can access the framework include NHS bodies and Foundation Trusts, Clinical Commissioning Groups, Health & Social Care providers, Educational Institutions, Schools, Universities, Academy Trusts, Housing Providers, Community Led Housing/Regeneration Organisations, Emergency Services, Local Authorities, Government Departments, Museums and Arts Organisations, Charities & 3rd Sector Group and Public Body subsidiary companies. The Framework will consist of 12 lots. Each lot will be split into a range of value bands.Each lot/value band has a maximum number of supply partners.Bidders can tender for multiple lots. Bidders tendering for lot 1 are restricted to tendering for a maximum of 3 value bands. Highest ranking bidders will be allocated a place on the framework. Regenda reserves the right to select 2 ‘reserve’ supply partners should a place in the framework become available, the reserve supply partners will be selected from the ranking order. Where a bidder ranks within the maximum allocation for a lot/value band but scores (combined cost and quality) under 60% we reserve the right not to award them a place on the relevant lot/value band. A supply partner allocation table and value bands are contained within the tender documentation and can be found via this link: https://rise-framework.com/wp-content/uploads/2025/10/Rise-Supply-Partner-Allocation-Table.pdf Contract awards will be on a lot-by-lot basis with or without competition (as set out within the framework agreement). Terms and Conditions (T&Cs) will not be set out in the agreement but will be issued on a project-by-project basis bespoke to each project. Furthermore, public sector organisations will use their preferred terms & conditions/form of contract when calling off from the framework for works and services.

Katy Reed

Published 5 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete